Combine Solicitation - U- Army Design Methodology Training - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Meet our Editorial Staff
    • Advertise
    • Contact
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
June 30, 2014 Newswires
Share
Share
Post
Email

Combine Solicitation – U– Army Design Methodology Training

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 27-JUN-14

Office Address: Department of the Army; FedBid; FedBid.com -- for Department of Army procurements only; Bldg. 2-1105C Macomb St., Fort Bragg, NC 28310

Subject: U-- Army Design Methodology Training

Classification Code: U - Education & training services

Solicitation Number: W91247-14-T-ADMT

Contact: Name: Nina Leshock, Title: Contract Specialist, Phone: 9109083463, Fax: , Email: [email protected];

Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business

Place of Performance (address): Fort Bragg, NC 28310

Place of Performance (zipcode): 28310-5000

Place of Performance Country: US

Description: Department of the Army

FedBid

FedBid.com -- for Department of Army procurements only

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W91247-14-T-ADMT and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74. The associated North American Industrial Classification System (NAICS) code for this procurement is 611511 with a small business size standard of $7.00M.This requirement is a [ Service-Disabled Veteran Owned ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-09 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Bragg, NC 28310 The MICC Fort Bragg requires the following items, Meet or Exceed, to the following: LI 001: Contractor shall furnish all personnel and services to provide Army Design Methodology (ADM) training in accordance with the Performance Work Statement (PWS)., 1, EA; LI 002: The Contractor is required to enter data into the Contractor Manpower Reporting Application(CMRA) system as defined in section 5.4 of the PWS. Reporting period shall be the period of performance not to exceed 12 months ending 30 September of each year and must be reported by 31 October of each calendar year. Data must be accurately and completely entered into the CMR database during the data gathering period of each year or part of each year, for which the contract is in force. If not separately priced, Contractor shall include "NSP" in pricing sheet., 1, EA; "https://marketplace.fedbid.com/fbweb/fbobuyDetails.do token=%3D%3DwBKxmaVGYR9WO8gkbHEo67QAAAAAHeAAgAgTFCGg%2FFzzqQbJAAyVXBA0Or"Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at [email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or [email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The Contractor shall comply with the FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable: 52.202-1, 52.204-7, 52.204-9, 52.204-10, 52.209-2, 52.209-6, 52.219-27, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.223-18, 52.225-13, 52.232-1, 52.232-33, 52.233-1, 52.233-3, 52.233-4, 52.237-2, 252.201-7000, 252.203-7002, 252.204-7003, 252.223-7006, 252.232-7010, 252.232-7003 and 252.243-7001. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. Systems for Award Management (SAM). Offerors shall ensure their company is registered in the System for Award Management (SAM) database and has completed their annual representations and certifications through the SAM website. The Government transitioned from the Central Contractor Registration System (CCR) www.ccr.gov, and Online Representations and Certifications Application (ORCA) https://www.acquisition.gov, to the System for Award Management (SAM) https://www.sam.gov. Any reference to CCR or ORCA in this document is to be understood as SAM. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports , the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or [email protected] SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The Contractor shall comply with the FAR provisions that the Contracting Officer has indicated as being incorporated in this contract by reference: 52.215-1. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hil.af.mil and/or http://www.acqnet.gov/far. The selection of a source for award purposes will be conducted utilizing procedures as delineated in FAR Part 13, simplified acquisition procedures. The Government will make only one award to the responsible Quoter whose technically acceptable proposal resulting from this solicitation represents the lowest price to the Government. The following factors shall be used to evaluate quotes: Technical and Price. The Government will evaluate the technical submission to ensure it is acceptable. To be determined technically acceptable a Quoter must demonstrate it clearly meets the minimum requirements of the solicitation. Price will not be assigned an adjectival rating. Price will be evaluated to determine if the offerors proposed price is fair, reasonable, and balanced utilizing price analysis techniques in accordance with the guidelines in FAR 13.106-2 and FAR 13.106-3. To be viable for award, a responders price must be determined fair and reasonable. The Government will evaluate the price by adding the total price for Contract Line Item Numbers (CLINs), and comparing the total price proposed for all of the proposals found to be technically acceptable. The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, Insurance--Work on a Government Installation. Workmen s Compensation and Amount required by the State in which this Occupational Disease Insurance contract is performed KIND: AMOUNT: Employer s Liability Insurance$100,000 Comprehensive General Liability $50,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability $200,000 per person $500,000 per occurrence for Bodily Injury and for Property Damage $20,000 per occurrence Will be based on the evaluation criteria established in the solicitation. This is a best value award selection. The Government will utilize a Lowest Price Technically Acceptable (LPTA) evaluation method for this requirement. Quote MUST be good for 30 calendar days after submission If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840

Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840

The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp

If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) 1. Submission of Quote. Submit quote at or before the exact time specified in this solicitation. 2. Quotes must remain valid for a period of 30 days from date of receipt specified in the announcement. The proposal content is as follows. Seller Attachment(s): In addition to providing pricing through the marketplace, Sellers must include certain non-pricing information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The attachment(s) must include the following non-pricing information: Technical Submission - Factor 1 Technical Capability. The technical submission Volume I should include the following:

a. The offeror shall develop and provide a thorough acceptable Program of Instructions based on the following: Army Doctrine Reference Publication 5.0, Field Manual 5.0, Joint Publication 5.0, the School of Advanced Military Studies Art of Design text, and the requirements of the PWS and all applicable Army Regulations.

b. The offeror shall provide detailed information that they possess sufficient resources to acquire clearances to meet PWS requirements prior to the start date of the first training session.

c. The offeror shall provide information regarding any technical experience acquired in the last three (3) years while providing services in support of Army Design Methodology. Offerors shall also provide a description of the project(s) in which technical experience was obtained; specify the date(s) of performance for this experience, and the size of the contract action.

The technical submission should not exceed 10 pages, excluding the Program of Instruction. Pricing shall be submitted under the Line Items section on FedBid.com - The pricing schedule shall contain the offerors prices for the established Contract Line Item Numbers (CLINs) 0001 and CLIN 0002. Total contract price shall also be provided. All offers must be submitted via FedBid.com in order to be considered for award. Questions shall be submitted on FedBid.com using the "Submit Question" feature or by emailing [email protected]. Questions will not be accepted after 1 July 2014 at 2:00 p.m. ET. Seller must be registered under NAICS 611430.

Link/URL: https://www.fbo.gov/notices/aacb7fadf5756684093fd24bc2ff0541

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  2281

Newer

Combine Solicitation – FY14 T.V. GENERAL RUDDER FALL REPAIRS

Advisor News

  • Equitable launches 403(b) pooled employer plan to support nonprofits
  • Financial FOMO is quietly straining relationships
  • GDP growth to rebound in 2027-2029; markets to see more volatility in 2026
  • Health-related costs are the greatest threat to retirement security
  • Social Security literacy is crucial for advisors
More Advisor News

Annuity News

  • Best’s Special Report: Analysis Shows Drastic Shift in Life Insurance Reserves Toward Annuity Products, and a Slide in Credit Quality
  • MetLife to Announce First Quarter 2026 Results
  • CT commissioner: 70% of policyholders covered in PHL liquidation plan
  • ‘I get confused:’ Regulators ponder increasing illustration complexities
  • Three ways the Corebridge/Equitable merger could shake up the annuity market
More Annuity News

Health/Employee Benefits News

  • 20 years after passing nation-leading health care law, Mass. braces for new challenges
  • Findings from Temple University Broaden Understanding of Colon Cancer (Mixed effects of area-level deprivation and healthcare access and individual-level health insurance on late-stage colorectal cancer diagnosis in Pennsylvania): Oncology – Colon Cancer
  • Recent Reports from Johns Hopkins University School of Medicine Highlight Findings in Managed Care (Accuracy of posthospitalization stroke detection following carotid revascularization in Medicare claims): Managed Care
  • Humana Elects Robert S. Field to Board of Directors
  • Largest health insurer in Mass. may owe $23.5M amid bankruptcy fallout
More Health/Employee Benefits News

Life Insurance News

  • An Application for the Trademark “PREMIER ACCESS” Has Been Filed by The Guardian Life Insurance Company of America: The Guardian Life Insurance Company of America
  • AM Best Assigns Credit Ratings to North American Fire & General Insurance Company Limited and North American Life Insurance Company Limited
  • Supporting the ‘better late than never’ market with life insurance
  • Best’s Special Report: Analysis Shows Drastic Shift in Life Insurance Reserves Toward Annuity Products, and a Slide in Credit Quality
  • The child-free client: how advisors can support this growing demographic
More Life Insurance News

- Presented By -

Top Read Stories

More Top Read Stories >

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Protectors Vegas Arrives Nov 9th - 11th
1,000+ attendees. 150+ speakers. Join the largest event in life & annuities this November.

An FIA Cap That Stays Locked
CapLock™ from Oceanview locks the cap at issue for 5 or 7 years. No resets. Just clarity.

Aim higher with Ascend annuities
Fixed, fixed-indexed, registered index-linked and advisory annuities to help you go above and beyond

Unlock the Future of Index-Linked Solutions
Join industry leaders shaping next-gen index strategies, distribution, and innovation.

Leveraging Underwriting Innovations
See how Pacific Life’s approach to life insurance underwriting can give you a competitive edge.

Bring a Real FIA Case. Leave Ready to Close.
A practical working session for agents who want a clearer, repeatable sales process.

Press Releases

  • RFP #T01525
  • RFP #T01725
  • Insurate expands workers’ comp into: CA, FL, LA, NC, NJ, PA, VA
  • LifeSecure Insurance Company Announces Retirement of Brian Vestergaard, Additions to Executive Leadership
  • RFP #T02226
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Meet our Editorial Staff
  • Advertise
  • Contact
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet